Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 02, 2011 FBO #3477
SOLICITATION NOTICE

70 -- JSOU Pinewood Facility Telepresence Systems - Equipment List

Notice Date
5/31/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423430 — Computer and Computer Peripheral Equipment and Software Merchant Wholesalers
 
Contracting Office
Department of the Air Force, Air Mobility Command, 6th Contracting Squadron, 2606 Brown Pelican Ave., MacDill AFB, Florida, 33621-5000, United States
 
ZIP Code
33621-5000
 
Solicitation Number
F2VUJU1139AC02
 
Archive Date
7/16/2011
 
Point of Contact
Thomas M. Armstead, Phone: 8138280280, Alyson Gowin, Phone: 813-828-1872
 
E-Mail Address
thomas.armstead@us.af.mil, alyson.gowin@macdill.af.mil
(thomas.armstead@us.af.mil, alyson.gowin@macdill.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Equipment Listing This is a combined synopsis/solicitation for a commercial product prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will NOT be issued. This is a Request for Quote (RFQ) and the solicitation number is F2VUJU1139AC02. This acquisition is set aside for 100% small business competition. The 6th Contracting Squadron, MacDill AFB, Florida, requires the following: 2 TelePresence Systems. DESCRIPTION OF REQUIREMENT CLIN 0001 - TPT 1900 TelePresence Tech AV/VTC Lectern, QTY 1 CLIN 0002 - TANDBERG C40 Intergration Package (Includes CODEX and HD Camera), QTY 2 CLIN 0003 - Sony 47" LCD/HD Monitor, QTY 1 CLIN 0004 - Speakers, External, Walnut, QTY 1 CLIN 0005 - TPT22 TelePresence Eye-to-Eye Desktop, QTY 1 CLIN 0006 - LG 22" LCD Monitor, QTY 1 CLIN 0007 - On-Site Installation / Labor Please provide a BRAND NAME OR EQUAL quote. If an or equal quote is submitted, the proposal will be sent to the technical advisor for compatibility verification. ANY OFFEROR PROVIDING AN OR EQUAL PRODUCT SHOULD DESCRIBE THOROUGHLY HOW THEIR PRODUCT MEETS ALL THE CHARACTERISTICS LISTED BELOW. FAILURE TO DO SO WILL MAKE THAT OFFEROR NON-RESPONSIVE AND WILL NOT BE CONSIDERED FOR AWARD. The following salient characteristics are required: LECTERN must have the following characteristics: - The required systems must have beamspliter technology which allows for the eye‐to‐eye requirement for the classrooms - self contained and narrow enough to fit through a single doorway without any disassembly and have wheel casters for ease of movement. - specialist coating on glass beamsplitter for three dimensional visual effect laminated to second substrate to meet international safety standards. - be able to display presenter at standing height to appear in front of an audience with aligned eye contact - enclosure must be able to fit 47" LCD monitor - be able to accept major codec models from Sony, Cisco, Tandberg, Polycom, LifeSize and others - receiver for infrared repeater in enclosure with IR repeater block and two infrared repeaters for equipment within the metal enclosure - 19" equipment rack inside bottom enclosure for mounting codec and other electronic equipment - linear arrays of LED lights illuminate the backdrop DESKTOP system must have the following characterisitcs: - be able to be placed on desk or table and be 22" - capture image of user with alignment for eye contact - be able to be used as a transmission unit to other TelePresence Tech systems or can be used to transmit to standard video conference systems for displaying the user appearing to have eye contact at the remote locations - have a tempered beamsplitter for safety STATEMENT OF OBJECTIVES Joint Special Operations University (JSOU) SIPRNet TelePresence 1.0 Overview: The objective of this task order is to order 2 TelePresence systems for the Pinewood Facility. These systems will be utilized within certain classrooms and will be mobile devices that can be moved from room to room. 2.0 General: The required systems must have beamspliter technology which allows for the eye-to-eye requirement for the classrooms. There are two systems that will be required, TPT1900 Lectern, and the TPT22 Desktop system. The systems requirements are indicated below. TPT22 Desktop This device is a 22" TelePresence system that can be placed on a desk or table. The unit captures the image of the user with alignment for eye contact. The system can be used as a transmission unit to other TelePresence Tech systems or can be used to transmit to standard video conference systems for displaying the user appearing to have eye contact at the remote locations. Included in this unit are an all aluminum structure, black reflected surface, tempered beamspliter, camera enclosure, anti-reflective glass camera cover and shipping container. Additional 22" monitor, speakers, camera and codex will need to be purchased. TPT1900 Lectern This device is a 47" TelePresence system that is maintained in an aluminum structure with rollers attached to allow for movement from room to room. The Lectern displays the upper portion of one person life-size. The system has eye-to-eye contact and a reflected backdrop for a sense of depth. The unit has a depth of approxament 32", which is narrow enough to roll through a standard single doorway. The systems includes an aluminum structure, beamspliter, amplifier, speaker, power distribution strip, 19" rack with 8U, 5" casters, camera enclosure for front surface mirror, IR repeater and shipping container. Additional 47" monitor, camera and codex will need to be purchased Additional Equipment -TANDBERG C40 Integration Package (Includes CODEX and 1080 HD Camera)- Or equivalent; part #1198251; MFG TANDBERG; QTY 2 -Sony 47" LCD/HD Monitor (Or equivalent); part # FWD-S47H1; MFG Sony; QTY 1 -LG 22" LCD Monitor (Or equivalent); part # W2240T-PN; MFG LG;QTY 1 -Speakers, External, Walnut (Or equivalent); part # 901Series V1; MFG Bose;QTY 1 3.0 Additional Deliverables: The contractor shall provide an electronic copy of all work accomplished. Files will be delivered at conclusion of installation with final drawings (paper and electronic format) delivered within 30 days. 4.0 Labor: Accomplish all required assembly. Remove all packing materials 5.0 Security: Security clearance is not required for this SOO, escorts will be provided. 6.0 Walk-thru: Non required. 7.0 Required Delivery: The government requires this contract to be completed no later than 31 July 2011, if unable to meet this date please state estimated completion date if contract were awarded on or about 8 July 2011. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-50 effective 16 May 2011, DFAR DPN 20110518 effective 18 May 2011 and AFFAR AFAC 2011-0421 effective 21 April 2011. The North American Industry Classification System code (NAICS) 423430 Computer and Computer Peripheral Equipment and Software Merchant Wholesalers. A firm fixed price contract will be awarded. All interested parties must bid on all items. BASIS FOR AWARD: Award will be made to the offeror that is determined to be technically acceptable and in the best interest of the Government. 52.212-2 Evaluation -- Commercial Items (Jan 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) technical capability of the item offered to meet the Government requirement and all characteristics listed above (ii) price; Award will be made to the offerror with the lowest price technically acceptable bid. (b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) DELIVERY ADDRESS: United States Special Operations Command (US SOCOM), MacDill AFB (Tampa), FL 33621. PROVISIONS/CLAUSES: The following Federal Acquisition Regulation (FAR), provisions and clauses apply to this solicitation and are incorporated by reference (provisions and clauses may be obtained via the internet: http://farsite.hill.af.mil, http://www.arnet.gov/far/, or http://safaq.hq.af.mil/contracting): FAR 52.204-7, Central Contractor Registration; FAR 52.209-6 Protecting the Government's Interest; FAR 52.211-6 Brand Name or Equal; FAR 52.212-1, Instruction to Offerors-Commercial Items; FAR 52.212-4, Contract Terms and Conditions; FAR 52.247-34, F.O.B. Destination. The following FAR clauses apply to this solicitation and are incorporated in full text: FAR 52.212-3, Offeror Representation and Certifications-Commercial Items (Offeror must submit a completed copy of this prevision with its proposal for the proposal to be considered. See https://orca.bpn.gov/ for online submittal); FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders-Commercial Items, within FAR 52.212-5, the following clauses apply: FAR 52.204-10 Reports on Subcontracting; FAR 52.219-6, Total Small Business Set-Asides, FAR 52.219-28, Small Business Representations; FAR 52.222-3, Convict Labor; FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.223-18, Text Messaging While Driving; FAR 52.225-13 Restrictions on Certain Foreign Purchases; FAR 52.232-33 Payment By Electronic Funds Transfer-Central Contractor Registration; FAR 52.252-2, Clauses Incorporated by Reference. The following Defense Federal Acquisition Regulation Supplement (DFARS) clauses apply to this solicitation and are incorporated by reference: DFARS 252.204-7003 Control of Government Personnel Work Product; 252.243-7001, Pricing of Contract Modifications; 252.204-7004 (Alt 1), Required Central Contractor Registration; 252.232-7010, Levies on Contract Payments. The following DFARS clauses apply to this solicitation and are incorporated in full text: DFARS 252.212-7000, Offeror Representations and Certifications-Commercial Items; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, within DFARS 252.212-7001, the following clauses apply: DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; DFARS 252.225-7001, Buy American Act and Balance of Payment Program; DFARS 252.225-7036 Buy American Act, Free Trade Agreements, Balance of Payment Programs; DFARS 252.232-7003, Electronic Submission of Payment Requests; DFARS 252.247-7023(Alt 3) Transportation of Supplies by Sea. The following Air Force Federal Acquisition Regulation Supplement (AFFARS) clause applies and is incorporated in full texts: AFFARS 5352.201-9101, Ombudsman: (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication or protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM ombudsman Mr. Michael R. Jackson, HQ AMC/A7K, 507 Symington Drive, Scott AFB, IL 62225-5022, (618) 229-0267, fax (618) 256-668, email: Michael.Jackson@scott.af.mil. Concerns, issues, disagreement, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/ACQ, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause) Also your quote must list your DUNS number, CAGE code, and Federal TIN with Company name, POC and phone number. If you need to obtain or renew a DUNS number or CAGE code, please visit www.ccr.gov. Lack of registration in the CCR database will make an offeror ineligible for award. DEADLINE: Offers are due on 1 July 2011 by 9:00 AM EST. Submit offers or any questions to the attention of Thomas Armstead 6CONS/LGCB by email to thomas.armstead@us.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/6CS/F2VUJU1139AC02/listing.html)
 
Place of Performance
Address: Macdill AFB, Tampa, Florida, 33621, United States
Zip Code: 33621
 
Record
SN02460214-W 20110602/110531234329-65987e10b576c0a026bad8e941c8a1d2 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.